Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
SOLICITATION NOTICE

R -- Unit Operations Training Manager

Notice Date
9/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Army, National Guard Bureau, 129 RQW, BASE CONTRACTING, 129 RQW, Base Contracting, P.O. Box 103/Stop 25, Moffett Federal Airfield, CA 94035
 
ZIP Code
94035
 
Solicitation Number
W912LA-08-Q-7005
 
Response Due
9/24/2008
 
Archive Date
11/23/2008
 
Point of Contact
June Pegram, 650-603-9274<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ii. The solicitation number is W912LA-08-Q-7005 and is issued as a Request for Quotation (RFQ). iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and DCN 20080721. iv. This notice is 100% set-aside for small business concerns. The associated NAICS code is 561110 and small business size standard is 100. The Small Business Competitiveness Demonstration Program does not apply for this acquisition. v. Request quote on the following item(s) and quantity(s):(0001) - Qty (12mo) Unit Operations Training Manager (Offeror shall meet all specifications as set forth in the Specifications, Reference No.: W912LA-08-Q-7005.) vi.Offerors must meet or exceed the technical specifications, certifications, and qualifications (if specified), though any Offeror providing an or equal product shall provide specification sheets or product literature for evaluation by the government.vii. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition; as well as the following addenda:(b)(12)ix. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The government will award a contract resulting from this solicitation to the offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The significant evaluation factors shall be price and technical capability of the item offered to meet the needs of the government, and those factors other then cost or price, when combined are approximately equal to cost or price. x. Offerors shall include a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and FAR 52.219-1 (Alt I), Small Business Program Representations, with their offer. Any offer received by the government not including these provisions may result in the government not considering your offer for evaluation. The government may provide these documents as an attachment to this solicitation or via email; though offerors are encouraged to download the most current reference from http://farsite.hill.af.mil.--- Note: Offerors may elect to complete the representations and certifications online at https://orca.bpn.gov. When completing online via ORCA, the offeror is still required to provide a written copy of FAR 52.21 2-3, Representations and Certifications-Commercial Items, though section (k) of this provision need only be completed (written copy of FAR 52.219-1, Small Business Program Representations not required).If the offeror does not elect to complete representations and certifications online, sections (b) through (j) of this clause shall be completed as applicable. xi. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial, applies to this acquisition; as well as the following addenda: N/A, no addenda to subject clause xii. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items (Deviation), applies to this acquisition. xiii. The following clauses and/or provisions apply to this acquisition:FAR 52.204-7, Central Contractor Registration; FAR 52.209-6, Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal; FAR 52.219-1 (Alt I)FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222.21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351, et seq.); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.); FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.232-28, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.246-1, Contractor Inspection Requirements; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-5, Authorized Deviations In Provisions; FAR 52.252-6, Authorized Deviations In Clauses; FAR 52.253-1, Computer Generated Forms; Defense Acquisition Regulation Supplement (DFARS) 252.204-7003, DFARS 252.204-7004 (Alt A), Central Contractor Registration; FAR 252.204-7006, Billing Instructions; Control of Government Work Personnel; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Acquisition of Commercial Items (Deviation); DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources As Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications. xiv. The following additional contract requirement(s) or terms and conditions apply to this acquisition: (1) The offeror shall provide the government with a standard commercial warranty that at a minimum meets that which is offered to commercial marketplace. xv. The following Defense Priorities and Allocations System (DPAS) rating applies: N/A xvi. The following Numbered Notes apply to this acquisition: N/A xvii. To view FAR and DFARS clauses see http://farsite.hill.af.mil/. xviii. The date, time, and place for submission of offers is as follows: 24 Sept 2008 - 12:00P.M (Local/PDT) - Offers shall be mailed to the following address: 129th Rescue Wing/Contracting, Attn: MSgt June Pegram, P.O. Box 103 Stop 28, Moffett Federal Airfield, CA 94035-0103. Submit written offers (oral offers will not be accepted) via mail, email or fax. ANY OFFER RECEIVED AFTER THE TIME SET FORTH IN THIS SOLICITATION SHALL BE LATE AND WILL NOT BE CONSIDERED UNLESS DETERMINED TO BE IN THE BEST INTEREST OF THE GOVERNMENT, AS WELL AS MEETING THE CRITERIA SET FORTH IN FAR 52.212-1. xix. For further information regarding this solicitation, offerors can contact the following individual(s): MSgt June Pegram Contracting Officer, Ph: 650-603-9274, Fax: 650-603-9277, e-mail: june.pegram@camoff.ang.af.mil.---PLEASE PROVIDE ALL CORRESPONDENCE AND/OR QUESTIONS PERTAINING TO THIS SYNOPSIS/SOLICITATION THROUGH EMAIL- THIS IS NOT THE COMPLETE SYNOPSIS- PLEASE E-MAIL: june.pegram@camoff.ang.af.mil to receive an e-mailed copy of complete combined synopsis/solicitation. 1. DESCRIPTION OF SERVICES 1.1. General Description 1.1.1. This position in located within the 131st Rescue Squadron training section. The mission of the 131st Rescue Squadron is to organize, train, equip, and sustain Pararescue, Combat Rescue Officers, SERE and other various support personnel to support, state and national Civil Search and Rescue, and worldwide employment of Combat Search and Rescue (CSAR) and the full range of Personnel Recovery and Special Operations missions. The force, known as the Guardian Angel Weapons System (GAWS) is required to rapidly deploy in support of joint operations in all physical environments, both at night and day, and to provide the war fighting commanders the ability to project both air and ground forces to any region of the world in support of our national objectives. Rescue Squadrons provide unique and special skills required for support of these joint operations and are equipped and tailored to support specific missions. Monitoring unit training is critical to ensure personnel are qualified and mission ready. The Contractor Unit Training Manager (UTM) must ensure qualification training and maintenance programs are established and monitored for squadron personnel. Prerequisite for Unit Training Manager (UTM) is graduation from the Air Force Education and Training Course, military experience within the Guardian Angel Weapon System, or civilian equivalent. The contractor shall perform to the standards in this contract. 1.2. Specific Task Description 1.2.1. Contractor UTM shall assist the Guardian Angel Rescue Squadron by providing management of units education and training program. 1.2.2. Contractor UTM shall ensure all squadron individuals Career Field Education and Training Plans (CFETP) are accurately documented, maintained, and in compliance with Air Force Instructions (AFI). 1.2.3. Contractor UTM shall evaluate Education &Training (E&T) programs by developing surveys and using this data to provide a quarterly report on the status of individuals training and of existing courses and programs to the RQS Director of Operations and/or Commander. 1.2.4. Contractor UTM shall request formal, certification, and RQS/DO-directed course quotas, monitor formal E&T process, and will develop a quarterly report of future/current course attendance, withdrawals, completions, and costs to the Director of Operations and/or Commander. 1.2.5. Contractor UTM shall be the collection point for annual CFETP changes, revisions, or rewrites and will document recommended changes in a report to the Director of Operations and/or Commander. 1.2.6. Contract UTM shall be responsible for Mission Qualification Training. Specifically that it is accurately documented, maintained, and in compliance with Air Force Instructions (AFI). 1.2.7 Contract UTM shall be responsible for creating, publishing, amending and tracking training orders through the Air National Guard and Reserve Orders Writing System (AROWS). 1.2.8. Contract UTM shall coordinate with the SARM office to ensure proper forecasting of training currency items utilizing software programs, ARMS, WinPEX, ePEX, Oracle Discover, and decimating that information to the RQS. 1.3. Specialty Qualifications 1.3.1. Knowledge. Knowledge is mandatory of principles, policies, and procedures of Air Force mobility programs, training requirements, mobility computer systems and products, reporting procedures, coordinating TPFDD requirements, and knowledge of equipment build up and marshalling of equipment to the CDF. 1.3.2. Education. For entry into this position, completion of high school or general educational development equivalency is mandatory. Competence with computer systems is essential. 1.3.3. Training. For entry of position, completion of an education and training technical school is preferred. Additional training will be provided by unit resources. 1.3.4. Experience. The following experience is mandatory as indicated: minimum of 1 year experience as education and training manager. 1.3.5.1. For entry and retention of position, ability to speak clearly and distinctly, able to operate computer systems, and ability to multi-task. THIS IS NOT THE COMPLETE SYNOPSIS- PLEASE E-MAIL: june.pegram@camoff.ang.af.mil to receive an e-mailed copy of complete combined synopsis/solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d05dda65d2910dbf5fd014d70f09d35e&tab=core&_cview=1)
 
Place of Performance
Address: 129 RQW Base Contracting, P.O. Box 103/Stop 25 Moffett Federal Airfield CA<br />
Zip Code: 94035<br />
 
Record
SN01673028-W 20080919/080917220426-d05dda65d2910dbf5fd014d70f09d35e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.